Section one: Contracting entity
one.1) Name and addresses
THAMES WATER UTILITIES LIMITED
Reading
RG18DB
Contact
Thames Water
procurement.support.centre@thameswater.co.uk
Country
United Kingdom
Region code
UKJ11 - Berkshire
Companies House
02366661
Internet address(es)
Main address
https://www.thameswater.co.uk/
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://forms.office.com/e/Nf6ihHFYT7
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Mains Rehabilitation
Reference number
FA2172
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
This project includes, but is not limited to the following packages of work:
A new chemical storage and dosing system to aid Phosphorus removal
A new pre-aeration primary tank supernatant and RAS mixing and distribution chamber
A new activated sludge aeration lane that matches existing with two new 35 m diameter final settlement tanks and RAS system
A new Tertiary Solids Removal treatment stage
A new standby power facility
A new centrate storage tank and pump system to return centrate for treatment
A new Picket Fence Thickener to operate in parallel to two existing units
A new liquor return pump station to return site liquors for treatment
two.1.5) Estimated total value
Value excluding VAT: £440,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Lot 1 (Design and Build)
Lot No
1
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole of the Thames Water Region
two.2.4) Description of the procurement
Lot 1 - Design and Build
Water Quality, Burst Driven, DMA Replacement
IChemE Burgundy Book - TW Amendments
Optimisation, structural replacement or relining of distribution water mains within DMAs and bounded by district meters and the District Boundary Valves.
Structural replacement of all service connections from the distribution mains to customer boundaries, including installation of a suitable boundary box.
Replacement of all apparatus connected to the network including valves, hydrants, disinfection points, air valves, etc.
Securing abandoned mains by cutting and capping. Removing surface covers, marker posts and plates of abandoned washouts, hydrants and valves etc. so that only covers relating to live apparatus remain.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £320,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend up to a maximum duration of 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 8
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot 2 (Build Only)
Lot No
2
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
The whole of the Thames Water Region
two.2.4) Description of the procurement
Lot 2 - Build Only
Water Quality, Burst Driven, DMA Replacement
NEC4 ECSS Short form with TW Amendments
Optimisation, structural replacement or relining of distribution water mains within DMAs and bounded by district meters and the District Boundary Valves.
Structural replacement of all service connections from the distribution mains to customer boundaries, including installation of a suitable boundary box.
Replacement of all apparatus connected to the network including valves, hydrants, disinfection points, air valves, etc.
Securing abandoned mains by cutting and capping. Removing surface covers, marker posts and plates of abandoned washouts, hydrants and valves etc. so that only covers relating to live apparatus remain.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £120,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend up to a maximum duration of 8 years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As detailed in section VI.3 & PQQ.
three.1.6) Deposits and guarantees required
Bonds and/or parent company guarantees of performance and financial standing may be required
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Specified in Invitation to Negotiate Document
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Consortia may be required to form a legal entity prior to award
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 January 2025
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.MSOfficeForms.co.uk).
From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system. To complete the PQQ you will need to login to the project SharePoint site.
If the project requires it, you will receive an additional and separate survey to complete for Data Protection.
Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure
six.4) Procedures for review
six.4.1) Review body
Thames Water Utilities Limited
Reading
Country
United Kingdom